Movable Laboratory Casework Systems

Solicitation number 6D059-133592/A

Publication date

Closing date and time 2014/08/18 14:00 EDT


    Description
    Trade Agreement: WTO-AGP/NAFTA/AIT/Canada FTAs with
    Peru/Colombia/Panama
    Tendering Procedures: All interested suppliers may submit a bid
    Attachment: None
    Competitive Procurement Strategy: Lowest/Lower Bid
    Comprehensive Land Claim Agreement: No
    Nature of Requirements: 
    MOVABLE LABORATORY CASEWORK SYSTEMS 
    
    6D059-133592/A
    Brewster, Shannon
    Telephone No. - (905) 615-2028 
    Fax No. - (905) 615-2060
    E-mail - shannon.brewster@pwgsc-tpsgc.gc.ca
    
    The Public Health Agency of Canada, Laboratory for Foodborne
    Zoonoses (LFZ), located in Guelph, Ontario (a functioning
    Containment Level 2 Microbiology Laboratory), has a requirement
    for the purchase and installation of multiple movable Laboratory
    Casework Systems which could include, but not limited to,
    replacing existing laboratory bench tops and casework, and
    redesigning or designing room layouts.
    
    An improvement plan for the laboratory fit up is needed, which
    includes reconfiguration and renovation updates for laboratory
    spaces at the PHAC, LFZ Guelph facility.  As a result, there is
    a requirement for a Contractor to provide laboratory casework
    for laboratories at the Guelph facility that will meet the needs
    of the testing requirements and functions.  The laboratory
    casework specification is for movable systems that will support
    shelving and casework and will not rely on the building wall
    structure for support.
    
    The renovation project will comprise of scheduled timelines.  A
    maximum of two laboratories will be completed at one time with a
    total of three installation periods.  Replacement of laboratory
    bench tops and casework will be required for four (4) laboratory
    room layouts.  The Contractor will be required to complete
    layout designs for each of the laboratory rooms, that meet the
    functional needs of the Containment Level 2 Laboratory, prior to
    manufacture, delivery and installation.  The design process will
    require consultation meetings and follow up approvals of the
    layout designs provided.
    
    A contract will be awarded to one Contractor.
    
    The contract period will be from the date the Contract is
    awarded and ends May 29, 2015.
    
    The bidder must demonstrate that they meet every mandatory
    evaluation criteria in their bid by submitting supporting
    documentation.  Failure to provide supporting documentation by
    bid closing date will result in the bid being deemed
    non-responsive.  
    
    Some of the mandatory evaluation criteria are listed below. 
    Please refer to the RFP, Annex D - Bid Evaluation Criteria for
    the complete list of mandatory evaluation criteria.
    
    1)	The Bidder must have attended the mandatory site visit.
    
    2)	The Bidder must demonstrate that they are ISO 9001:2008
    certified*.
    *Must provide a copy of the certification.
    
    3)	The Laboratory casework and support framing system must
    withstand the effects of the following gravity loads and
    stresses:
    1.	Support Framing System: 600 lb/ft. (900 kg/m).
    2.	Suspended Base Cabinets (Internal Load): 160 lb/ft. (240
    kg/m).
    3.	Work Surfaces (Including Tops of Suspended Base Cabinets):
    160 lb/ft. (240 kg/m).
    4.	Wall Cabinets (Upper Cabinets): 160 lb/ft. (240 kg/m).
    5.	Shelves: 40 lb/sq. ft. (200 kg/sq. m).
    
    4)	A standard integrated system that consists of a core and
    panel support structure must be provided with the following:
    1.	Core structure must be supported by structural leg frames.
    2.	Components must be suitable for single faced wall conditions
    or double faced peninsula conditions on the Casework System
    Frame.
    3.	All core assemblies must have removable panels on all sides.
    4.	The system support framing must accommodate suspended modular
    cabinets or shelves.
    
    5)	Must provide a Project Manager who will be the point of
    contact on all matters concerning the scope of work including
    but not limited to, consultations and finalization of laboratory
    casework design, installation scheduling, and on-site close out
    meetings.
    
    6)	Must meet delivery date of March 31, 2015 for phase 3 -
    supply and delivery of Laboratory Casework Systems for
    Laboratory Layout #4 - Room 135.
    
    7)	Must meet delivery date of May 29, 2015 for phase 4 -
    installation of Laboratory Casework Systems for Laboratory
    Layout #4 - Room 135.
    
    	  
    A bid must comply with the requirements of the bid solicitation
    and meet all mandatory technical evaluation criteria to be
    declared responsive. The responsive bid with the lowest
    evaluated price will be recommended for award of a contract.
    
    The Bidder must submit pricing in accordance with Annex B -
    Basis of Payment, in Canadian Funds.
    Delivery Date: Above-mentioned
    
    The Crown retains the right to negotiate with suppliers on any
    procurement.
    
    Documents may be submitted in either official language of Canada.

    Contract duration

    Refer to the description above for full details.

    Trade agreements

    • World Trade Organization Agreement on Government Procurement (WTO GPA)
    • Canada-Panama Free Trade Agreement
    • Agreement on Internal Trade (AIT)
    • Canada-Colombia Free Trade Agreement
    • Canada-Peru Free Trade Agreement (CPFTA)
    • North American Free Trade Agreement (NAFTA)

    Partner with another business

    The functionality to add your company name to the list of interested businesses is temporarily unavailable.

    This list does not replace or affect the tendering procedures for this procurement process. Businesses are still required to respond to bid solicitations, and to compete based on the set criteria. For more information please read the Terms of use.

    Contact information

    Contracting organization

    Organization
    Public Works and Government Services Canada
    Address
    11 Laurier St, Phase III, Place du Portage
    Gatineau, Quebec, K1A 0S5
    Canada
    Contracting authority
    Brewster, Shannon
    Phone
    (905) 615-2028 ( )
    Fax
    (905) 615-2060
    Address
    Ontario Region
    33 City Centre Drive
    Suite 480
    Mississauga, Ontario, L5B 2N5

    Buying organization(s)

    Organization
    Public Health Agency of Canada
    Address
    130 Colonnade Road
    Ottawa, Ontario, K1A 0K9
    Canada
    Bidding details

    Full details regarding this tender opportunity are available in the documents below. Click on the document name to download the file. Contact the contracting officer if you have any questions regarding these documents.

    Tender documents
    Document title Amendment no. Language Unique downloads Date added
    000
    English
    21
    000
    French
    5

    Access the Getting started page for details on how to bid, and more.

    Eligibility and terms and conditions

    Government of Canada tender and awards notices, solicitation documents, and other attachments are fully accessible and available free of charge and without having to register on CanadaBuys.

    Information may be available on another source prior to being available on CanadaBuys. You may have received this information through a third-party distributor. The Government of Canada is not responsible for any tender notices and/or related documents and attachments not accessed directly from CanadaBuys.canada.ca.

    Government of Canada tender or award notices carry an OpenGovernment License - Canada that governs its use. Related solicitation documents and/or tender attachments are copyright protected. Please refer to our terms and conditions page for more information.

    Summary information

    Notice type
    Request for Proposal
    Language(s)
    English, French
    Region(s) of delivery
    Ontario (except NCR)
    Procurement method
    Competitive – Open Bidding
    Selection criteria
    Lowest Price
    Commodity - GSIN
    Click the links below to see a list of notices associated with the GSIN codes.

    Support for small and medium businesses

    If you have questions about this tender opportunity, please contact the contracting officer, whose information is found in the Contact information tab. 

    Refer to our Support page if you need help or have questions about the government procurement process, including how to bid or how to register in SAP Ariba. You can also contact Procurement Assistance Canada, which has offices across Canada.

     

    Date modified: